Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2003 FBO #0726
SOLICITATION NOTICE

U -- The Army Family Team Building (AFTB) Program Coordinator is to acquaint familes of soldiers with the Army. AFTB trainers teach family members a wide range of subhects to help them understand how the Army operates and how to access benefits.

Notice Date
11/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L04T0009
 
Response Due
12/8/2003
 
Archive Date
2/6/2004
 
Point of Contact
rhonda.hutchins, 580-442-4017
 
E-Mail Address
Email your questions to ACA, Fort Sill
(rhonda.hutchins@sill.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA Personal Services: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; p roposals are being requested and a written solicitation will not be issued. Solicitation document W9124L-04-T-0009 is issued as a Request for Quotation. This acquisition is set aside for small business. The applicable NAICS code is 624310; SIC code is 8 322; size standard is $5.0 Million This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. Services shall be performed at Fort Sill, OK. The following personal services are required: CLIN 0001 Base Year Provide Ar my Family Team Building (AFTB) Program Coordinator at the Army Community Service (ACS) Bldg. 4700 for the period 1 January 04 through 31 December 04: in accordance with (IAW) Performance Work Statement (PWS), Period of Performance is 12 months. This solic itation includes four (4) option periods: CLIN 0002 (1 January 2005 through 31 December 2005); CLIN 0003 (1 January 2006 through 31 December 2006); CLIN 0004 (1 January 2007 through 31 December 2007) CLIN 0005 (1 January 2008 through 31 December 2008). The same descriptions used in the Base Year CLIN 0001 will be used for all option periods. The option years periods of performance will be 12 months. Please provide quotes in the spaces provided below: BASE YEAR: CLIN 0001 Provide Army Family Team Buil ding Program Coordinator for 12 Months (1 January 2004 through 31 December 2004) Unit Price: ________ X 12 Months = Amount: ____________, OPTION YEAR ONE: CLIN 0002 Provide Army Family Team Building Program Coordinator for 12 Months (1 January 2005 throug h 31 December 2005) Unit Price: ________ X 12 Months = Amount: ____________, OPTION YEAR TWO: CLIN 0003 Provide Army Family Team Building Program Coordinator for 12 Months 1 January 2006 through 31 December 2006) Unit Price: ________ X 12 Months = Amount: ____________, OPTION YEAR THREE: CLIN 0004 Provide Army Family Team Building Program Coordinator for 12 Months (1 January 2007 through 31 December 2007) ________ X 12 Months = Amount: ____________, OPTION YEAR FOUR: CLIN 0005 Provide Family Member Employ ment Readiness Program Manager 12 Months (1 January 2008 through 31 December 2008) Unit Price: ________ X 12 Months = Amount: ____________, GENERAL: The primary purpose of the Army Community Service (ACS) Army Family Team Building (AFTB)Program Coordinat or is to acquaint families of soldiers with the Army. AFTB trainers teach family members a wide range of subjects to help them understand how the Army operates and how to access all of the services and benefits available to them as members of the total Arm y team. All parties interested in providing a quotation may download the complete Performance Work Statement (PWS) for the solicitation from the ACA, SR, Directorate of Contracting, Fort Sill, OK, website via the Internet at http://sill-www.army.mil/doc/, or may call Rhonda Hutchins at (580) 442-4017 to obtain a copy. Wage Determination No. 94-2525, Revision (23), Dated 05/30/03, is applicable to this solicitation. The solicitation document and incorporated provisions and clauses are those in effect throu gh Federal Acquisition Circular 2001-14. The following provisions and clauses apply: 52.212-1, Instructions to Offerors, Commercial Items; 52.212-4, Contract Terms and Conditions, Commercial Items; 52.212-5, Contract Terms and Conditions Required to Impl ement Statutes or Executive Orders??????Commercial Items (including 52.219-8, 52.219-23, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.222-43, 52.232-33); 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Service s, 52.217-9, Option to Extend the Term of the Contract, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicabl e to Defense Acquisitions of Commercial Items (including 252.225-7001, 252.243-7002); 252.204-7004, Required Central Contractor Registration. The following provision and clause also apply and provides websites for information purposes: 52.252-1 Solicitat ion Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, addresses www.arnet.gov/far, www.farsite.hill.af.mil, www.dtic.mil/dfars; a copy of the provision 52.212-3, Offeror Representations and Certifications??????Commercial Items (June 2003) Alternate I (April 2002) must be completed and submitted with the offer. A copy of the provision 252.212-7000, Offeror Representations and Certifications??????Commercial Items must be completed and submitted with the offer. Offeror sha ll provide DUNS number as specified in 252.204-7004, Required Central Contractor Registration. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (See paragraph (c)(2) of FAR Clause 52.212-5.) This statement is for information only; it is not a Wage Determi nation: Employee: Family Advocacy Program Staff; Class: GS-09; Monetary Wage/Fringe Benefits: 18.66/32.85%. The government will evaluate quotes in response to this request and award a purchase order/contract to the responsible offeror whose offer conformi ng to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, and /or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 13 .106-2(b). Services described herein may be extended as described at FAR 52.217-8 by the Contracting Officer??????s written notice to the Contractor anytime before contract expiration or within 30 calendar days after funds for the exercise of the option b ecome available, whichever is later. This option is intended to protect the Government from disruption of mission essential service in the event of unusual administrative problems or other extenuating circumstances. No legal liability on the part of the Government for payment of any money for performance under any option beyond 30 September of the contract year shall arise unless and until funds are made available to the Contracting Officer for such performance and notice of such availability, to be confi rmed in writing by the Contracting Officer, is given to the Contractor. NOTICE OF TOTAL SMALL BUSINESS SET ASIDE: Offers/bids are solicited only from small business concerns. Offers/bids received from other than small business concerns shall be consider ed non-responsive and will be rejected. Vendors/Contractors must submit their invoices in the following format: 1. Name and Address; 2. Contract/Purchase Order Number, including Delivery Order Number (Must include complete number (i.e. W9124L-XX-X-XXXX ); 3. Description, Price, and Quantity of Property or Services Actually Provided; 4. Shipping and Payment Terms; 5. Complete Mailing Address; 6. Telephone Number and Address for notification in case of defective invoice; Note: Invoices must match Purc hase Order/Contract in description and unit of issue. Defective Invoices will be returned. Offers are due at the ACA, SR, Directorate of Contracting, SFCA-SR-SI, P.O. Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 12:00 p.m., CDST, December 8, 2003. Fax transmissions of quotes shall be accepted, fax #580-442-3819. All responsible sources may submit a quote which shall be considered. Send copies of educational credentials and employment references with bid or your bid will not be considered. Employ ment begins January 1, 2004. Numbered note 1 applies.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN00475031-W 20031123/031121230642 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.